American Sign Language Interpreter Services
ID: FA300225Q0005Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3002 338 ESS CCJBSA RANDOLPH, TX, 78150-4300, USA

NAICS

Translation and Interpretation Services (541930)

PSC

SUPPORT- ADMINISTRATIVE: TRANSLATION AND INTERPRETING (R608)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified firms to provide American Sign Language (ASL) interpreter services for personnel at the Air Force Personnel Center (AFPC) Operating Location in Indianapolis, Indiana. The procurement requires certified ASL interpreters who can deliver services both virtually and in-person, ensuring seamless communication by providing a minimum of two interpreters per session—one for signing and the other for voicing. This initiative is crucial for meeting federal accessibility standards and supporting effective communication within the Air Force, with an estimated requirement of 2,000 annual hours of interpreting services. Interested vendors must submit their capabilities by December 15, 2025, at 4:00 PM CDT, and can contact Melissa Gonzalez at melissa.gonzalez.6@us.af.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines requirements for non-personal American Sign Language (ASL) Interpreter Services for the Air Force Personnel Center (AFPC) Operating Location in Indianapolis, IN. The contractor must provide fully certified and qualified ASL interpreters, adhering to federal accessibility standards like the Rehabilitation Act of 1973 and the Americans with Disabilities Act of 1990. Services include on-demand, hybrid (in-person and virtual), 24/7 virtual accessibility, and scheduled support for up to 30 hours weekly, with an estimated 2,000 annual hours. Interpreters must be locally based, certified at an Advanced or Master level by RID or BEI, have three years of experience, and comply with the RID Code of Professional Conduct. Key deliverables include service reports, a kickoff meeting agenda, monthly status reports, and a Quality Control Plan. The PWS also details government-furnished items, security requirements, and performance objectives to ensure high-quality and reliable interpretation services.
    This Request for Information (RFI)/Sources Sought Notice, FA300225Q0005, is issued on December 8, 2025, to gather information from interested vendors regarding their capabilities to provide on-demand American Sign Language (ASL) interpreting services. The submission deadline is December 15, 2025, at 4:00 p.m. CDT. Vendors must demonstrate their capacity to perform all required services as outlined in the draft Performance Work Statement (PWS), including providing high-quality, local ASL interpreters in Indianapolis, IN, certified at Advanced or Master level by RID or BEI, with at least three years of professional experience and knowledge of Air Force/Space Force jargon. Capabilities should extend to virtual and in-person services, continuous availability across platforms, a mobile app/web portal for scheduling, 15-minute response for urgent requests, and 24-hour onsite service for emergencies. Submissions, not exceeding five pages, must include company information, CAGE code, Unique Entity ID, business size, socio-economic status, relevant past contract experience, and any applicable contracting vehicles. The purpose is to assess if competition would benefit the government without being cost or time prohibitive.
    The Department of the Air Force (DAF) is issuing a Request for Information (RFI)/Sources Sought (SS) to identify qualified sources for American Sign Language (ASL) interpreter services. This RFI, FA300225Q0005, seeks to gather information for acquisition planning and does not guarantee a contract award. The 338th Enterprise Sourcing Squadron (ESS) at JBSA-Randolph, Texas, requires certified ASL interpreters for personnel at the Air Force Personnel Center (AFPC) Operating Location in Indianapolis, IN. Services will be provided both virtually and in-person, necessitating a minimum of two interpreters per session. The primary NAICS code is 541930 for Translation and Interpretation Services, with a size standard of $22.5M. Small businesses are encouraged to respond to help determine a potential set-aside. Interested parties must complete the Contractor Capability Survey (Attachment 2) and email it to Melissa Gonzalez (melissa.gonzalez.6@us.af.mil) by 4:00 PM CDT on December 15, 2025. All respondents must be registered in SAM.gov.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Loading similar opportunities...